Post on 21-Jan-2021
1
JOINT COMMISSIONER / EXECUTIVE OFFICER,ARULMIGU MEENAKSHI SUNDARESWARAR
THIRUKKOIL, MADURAI – 625001
ARULMIGU MEENAKSHI SUNDARESWARAR THIRUKKOIL
MADURAI.
TENDER DOCUMENT
Name of Work : Construction of Chemistry Laboratory at SriMeenakshi Sundareswarar Girls HigherSecondary School, Teppakulam, belongs toArulmigu Meenakshi SundareswararThirukoil, Madurai.
Total Number of Pagesin this Tender Document
: 1 -30
Number of items inSchedule “A”
: 1-9
Tender shall besubmitted on or before
: 3.00 Hrs., on 25 /06/2015
Tender Documentsdownloaded by me on
:
Contractor :
2
c
mUŸäF Ûdh£Á RªjnuRtu® ÂU¡nfhæš, kJiu.
---
K¡»a m¿é¥ò
K‹it¥ò¤ bjhifia njÁa nrä¥ò¥
g¤Âu§fshf¤ jUtjhŒ ÏUªjhš bl©l® m¿é¥Ãš bjçé¤jgo
Ïiz Miza®/braš mYtyU¡F mlkhd« brŒj Ëdnu
bl©lUl‹ Ïiz¡f nt©L«. mlkhd« brŒtj‰fhd
é©z¥g¤Âš ifbah¥gä£lhš k£L« nghjhJ, jt¿dhš
f©o¥ghf bl©l® fhy¤Âš bl©l® fz¡»š
vL¤J¡bfhŸs¥glhJ, cldoahf jŸSgo brŒa¥gL«.
Ïiz Miza®/braš mYty® mYtyf«,mUŸäF Ûdh£Á RªjnuRtu® ÂU¡nfhæš,
kJiu.
3
ARULMIGU MEENAKSHI SUNDARESHWARER THIRUKKOIL, MADURAI.
Name of Work Construction of Chemistry Laboratory at SriMeenakshi Sundareswarar Girls Higher SecondarySchool, Teppakulam, belongs to ArulmiguMeenakshi Sundareswarar Thirukoil, Madurai.Madurai Town, Taluk and District.
Last Date for Receipt of Tender : 25 /06/2015 at 3.00 P.M.
Date and Time of Opening : 25/06/2015 at 4.00 P.M.
E.M.D. to be Remitted : Rs.41,500/-
Tender Schedule cost to be remitted : Rs 15,000/- + VAT 5 % = Rs. 750 /Total Rs.15,750 /-
Mode of E.M.D. to be remitted : In the shape of chalan, Deposit at call receipt,Demand Draft of the Nationalised and Scheduledbanks drawn in favour of Joint Commissioner /Executive Officer, Arulmigu MeenakshiSundareswarar Thirukkoil Madurai concerned andNational Saving scrip / Deposit / Accounts ofpostal Department pledged in favour of the JointCommissioner / Executive Officer, ArulmiguMeenakshi Sundareswarar Thirukkoil Maduraiconcerned.Indravikas Patras are acceptable. The Tenderershould write in the back of the Indravikas Patra, hisname and address. He should also give anundertaking to the Joint Commissioner / ExecutiveOfficer, Arulmigu Meenakshi SundareswararThirukkoil Madurai in writing that the IndravikasPatras bearing relevant register numbers aresubmitted as E.M.D.
Note :
1. The tender and E.M.D. should be enclosed in covers, the covers should be submitted in acommon sealed cover. The covers should be sealed. Tenders not submitted in sealed coverwill be summarily rejected.
2. The rate In words and figures for each item of schedule should be furnished by the tendererwithout fail in appropriate columns. Corrections scribbling overwriting and erasing (shouldbe avoided as far as possible) should be attested by the contractor.
3. The total value of each Item of work should be worked out and entered in the amountcolumn. Proper care must be taken in working out the value of each item of work takinginto account the unit for which the rate is quoted and the quantity of work to be done underthe Item.
4. The total of each page should be noted at the end of each page and carried over to nextpage. The grand total value of the tender should be worked out and furnished at the end,both In. words and figures.
CONTRACTOR Joint Commissioner / Executive OfficerArulmigu Meenakshi Sundareswarar Thirukkoil
Madurai.
4
FOR SPECIAL ATTENTION OF THE TENDERER1. Proof of registration in H.R.&C.E. as Sthapathy shall be attached with the tender.
2. Current Income Tax clearance certificate shall be enclosed with the tender,
3. Sales Tax Registration Number should be furnished and Sales Tax clearance certificate
should also be produced before finalization of contract.
4 E.M.D. will be accepted in the shape of chalan, Deposit at call receipt, Demand Draft of the
Nationalized and Scheduled banks drawn in the name of Joint Commissioner / Executive
Officer, Arulmigu Meenakshi Sundareswarar Thirukkoil Madurai and National Saving
Scrip/Deposit/Accounts of Postal Department pledged in favour of the Joint Commissioner /
Executive Officer, Arulmigu Meenakshi Sundareswarar Thirukkoil Madurai Indravikas
Patras are acceptable. The tenderer should write in the back of Indrayikas Patra his name and
address. He should also give an undertaking to the Joint Commissioner / Executive Officer in
writing that the Indravikas Patras bearing relevant register number are submitted as E.M.D.
No other mode of payment will be accepted.
5 The successful tenderer should convert the E.M.D. already deposited and additional security
deposit if any required for the fulfillment of contract into National Savings Ceitificates /
Accounts pledged in favour of the Joint Commissioner / Executive Officer, Arulmigu
Meenakshi Sundareswarar Thirukkoil Madurai.
6. The following particulars shall also be furnished by the contractor along with the tender.
a) List of details of works executed by the contractor with their value.b) A list of details of work under execution by the contractor with their values.c) Annual turnover of the last one year (necessary certificate to the effect issued by the
respective bank shall be attached)7. The lowest tenderer when informed that his tender is under consideration shall have to furnish
PERT CHART in the proper form with in a week from the date of receipt of letter calling forPERT CHART. The PERT CHART should confirm to the department time schedule for thecompletion of the work furnished in the tender notice. If the PERT CHART is not receivedwithin a week from the date of communication, his tender will not be considered.
8. The tender documents will be issued to the contractors registered in Public WorksDepartment in the appropriate class.
.
CONTRACTOR Joint Commissioner / Executive Officer,Arulmigu Meenakshi Sundareswarar Thirukkoil,
Madurai.
5
SPECIAL INSTRUCTION TO THE TENDERERS
1. The Tenderer should carefully read through the tender schedule and quote their rates for all
items
2. The rates should be filled in neatly in figures and in words and taking into account the
metric units specified in the tender, Scribbling, over writings and erasing should be avoided
as far as possible.
3. The amount of each item of work should be worked out. Proper care must be taken in
working out the amount of each item of work taking into account the unit for which the rate
is quoted and the quantity of work to be done under the item.
4. The total for each page should be arrived at and, carried out to every page and the grand
total value of work should be worked out and shown at the end.
5. The tender should be submitted along with a covering letter giving full details, as called for
in the tender notice together with the copy of letter registering them into the appropriate
class.
6. In case the tenderers who are eligible for concessional Earnest Money Deposit and
accordingly they should furnish the reference No. and date in which the concession was
granted to them A copy of the aforesaid reference may be enclosed along with the tender for
ready reference
7. Income tax clearance certificate for the current year should be submitted along with the
tender or the tender in which the Income Tax clearance certificate for the current year was
submitted to this office should be specified
8. Details of previous work done by the Tenderers covering the cost of the work, the
agreement, No. date, department in which the work was carried out, etc., should be
furnished so as to assess the previous experience of the tenderers. Year wise details should
be furnished so as to see that these tenderers have minimum experience of major building.
9. List of various machinery and other equipments at the tenderers disposal for use in the
execution of the work, should be furnished.
10. The TENDER form should be filled in while submitted the tender. The tenders submitted
without filling up the tender form are liable to be rejected.
11. The tender must be submitted in a sealed fullscape cover duly signing all the conditions.
CONTRACTOR Joint Commissioner / Executive Officer,Arulmigu Meenakshi Sundareswarar Thirukkoil,
Madurai.
6
APPENDIX - 1
TENDER NOTICE
(As amended in GO. M.S. No. 618/PW. Dt. 30.04.85)
1. Tenders will be received by the Joint Commissioner / Executive Officer,
Arulmigu Meenakshi Sundareswarar Thirukkoil, Madurai, at his office upto 3.00
PM on 25/06/2015 For Construction of Chemistry Laboratory at Sri Meenakshi
Sundareswarar Girls Higher Secondary School, Teppakulam, belongs to Arulmigu
Meenakshi Sundareswarar Thirukoil, Madurai, Madurai Town, Taluk and District.
The tenders should be in the prescribed form obtainable from Joint Commissioner /
Executive Officer, Arulmigu Meenakshi Sundareswarar Thirukkoil, Madurai. The tenders
will be opened by the Joint Commissioner / Executive Officer at 4.00 P.M. on the same
day at the place aforementioned.
The tenderers or their agents are expected to be present at the. time of opening of
tenders. The tender receiving officer will on opening each tender prepare a statement of the
attested and unattested corrections therein and hand it over to the tenderer concerned and
initial all corrections in the presence of the tenderers. If any of the tenderers or their agents
finds it inconvenient to be present at the time, then in such a case, the tender receiving
officer will on opening the tender of the absentee tenderer, make out a statement of the
unattested corrections and communicate it to him. The absentee tenderer shall then accept
the statement of the corrections without any question whatsoever.
2. Tenders must be submitted in sealed covers and should be addressed to the
Joint Commissioner / Executive Officer, Arulmigu Meenakshi Sundareswarar Thirukkoil,
Madurai. The name of the tenderer and name of the work being noted on the Cover.
If the tender is made by an individual, it shall be signed with his full name and his
address shall be given. If it is made by firm it shall be signed with the co partnership, name
by a member of the firm who shall also sign his name and the name and address of each
member of the firm shall be given. If the tender is made by a corporation it shall be signed
by a duly authorized officer who shall produce with his tender, satisfactory evidence of his
authorization. Such tendering corporation may be required, before the contract is executed,
to furnish evidence of its corporate existence.
3. Each tenderer must also send a certificate of Income Tax Verification from the
appropriate Income Tax authority in the form prescribed there for. The certificate will be
valid for one year from the date of issue for all tenders submitted during the period. In
the case of proprietary or partner firm it will be necessary to produce the certificate
aforementioned for the proprietor or proprietors and for each of the partners as the case may
be. If the tenderer is a registered Public Works Dept. Contractor and if a certificate for the
7
current year had already been produced by him during the calendar year in which the tender
is made, it will be sufficient, if particulars regarding the previous occasions on which the
said certificate was produced, are given.
All tenders received without a certificate aforementioned will be summarily rejected.
4. Each tender must pay an Earnest Money, a sum of Rs. 41,500/- and Tender
schedule cost (in the form of DD) either in the form of N.S.C. pledged in favour of the
Joint Commissioner / Executive Officer, Arulmigu Meenakshi Sundareswarar Thirukkoil,
Madurai or in any other form as may be approved by the State Govt. from time to time as
per para 155 of T.N.P.W.D. Code. This E.M.D. will be refunded to the unsuccessful
tenderer on application after intimation is sent of rejection of the tender or at the expiration
of three months from the date of tender whichever is earlier. The refund will be authorized
by the Joint Commissioner / Executive Officer, Arulmigu Meenakshi Sundareswarar
Thirukkoil, Madurai. The E.M.D. will not be received in cash or currency notes by the
Temple Officers.
a) The EMD will not carry any interest. It will be dealt with as provided in the tender.
b) The acceptance of EMD in various approved forms duly pledged in favour of the
Joint Commissioner / Executive Officer concerned is subject to the specific
condition that the successful tenderer should pay the Security Deposit including
EMD in the form of small savings scrip. Deposits account in lieu of other mode
of payment made for EMD before acceptance of the tender.
5. The tender will remain valid for a period of three calendar months from the last date
of receipt of tender. The validity period can be extended further, if the contractor gives his
consent in writing specifying the period of extension.
i) The tenderer whose tender is under consideration, shall attend the
Joint Commissioner / Executive Officer office before the end of the period specified by
written intimation to him. In case, the tenderer fails to attend the office before the end of the
specified period, his tender will not be considered. He shall forthwith upon intimation being
given to him of acceptance of his tender, by the officer duly authorized in his behalf under
article 299 (1) of the constitution hereinafter called "The accepting authority," make security
deposit of 2% of the value of contract in one of the forms prescribed in Tamil Nadu Public
Works Account Code (ie) by taking into account of the amount of EMD already deposited
with the tender it would be sufficient to pay the balance amount to make up the 2% of the
value of contract for the purpose of Security deposit. However, the security deposit of one
percent of the estimate cost of work can be deposited as one time deposit by the contractor.
The security deposit together with earned Money Deposit and the amount withheld
8
according to clause 64-1 of General conditions of Contract shall be retained as Security for
the fulfillment of contract. It a cash Security Deposit is made by the contractor, he shall
follow the procedure laid down in the proceeding paragraph for payment of Earnest Money
Deposit and such deposit shall not bear interest
ii) An additional Security deposit of 1 % of the value of the contract in one of the
forms prescribed above will be remitted by the successful tenderer, if called for by the
tender finalizing authority.
iii) On receipt of written communication of acceptance of tender, if the tenderer fails to
pay the requisite security deposit within the period specified in the written communication
or backs out from the tender or withdraws his tender, the Earnest Money Deposit shall
be forfeited to the Temple. If the contractor fails to carryout the contract, after paying
requisite deposits, then he will be liable for the excess expenditure if any incurred to
complete the work as contemplated in the General Conditions of Contract.
(iv) It shall be expressly understood by the tenderer that on receipt of written
communication of acceptance of tender by the tenderer there emerges a valid contract
between the Joint Commissioner / Executive Officer, Arulmigu Meenakshi Sundareswarar
Thirukkoil, Madurai and the tenderer, for execution of the work without any separate
written agreement. For this purpose the tender documents ie., tender notice, tender
offered by the contractor, General Conditions of Contract, special conditions to the
contract, correspondence, written communication of acceptance of tender etc., shall
constitute a valid contract and that will be foundation of the rights of the both the parties
to the contract. Provided that it shall be open to the accepting authority to insist
execution of any written agreement by the tenderer, if administratively considered
necessary or expedient.
6. The tenderer shall examine closely the Tamil Nadu Building practice and also the
General Conditions of Contract contained therein, and sign the divisional office copy of the
Tamil Nadu Bldg., Practice and its addenda volume in token of such study before
submitting his tender unit rates, which shall be for finished work in site. He shall also
carefully study the drawing and addl. specifications and all the documents connected with
the contract. The Tamil Nadu Bldg., practice and other connected documents with the
contract such as specifications, plans, descriptive specifications sheet regarding materials
etc. can be seen at any time between 11.00 a.m. and 5.00 p.m. on office, working days in
the office of Joint Commissioner / Executive Officer, Arulmigu Meenakshi Sundareswarar
Thirukkoil, Madurai
7. The tenderers attention is directed to the requirement for materials under the clause
"Materials and workmanship" in the General Conditions of Contract. Materials confirming
9
to the ISI. Standards shall be used on the work, and the tenderer shall quote his rates
accordingly.
8. Every tenderer is expected before quoting his rates, to inspect the site of the proposed work'.
He should also inspect the quarries and satisfy himself about the quality and availability of
materials. The name of quarries and kiln etc. where from certain materials are to be obtained
will be given in the descriptive specification sheet. The best class of materials to be
obtained from the quarries or other source defined shall be used on the work. In every case
the materials must comply with the relevant standard specification. Samples of materials as
called for in the standard specification or in the tender notice or as required by the Assistant
Executive Engineer shall be submitted for Assistant Executive Engineer's approval before
the supply to site of work is begun. If the contractor after examination of the source of
materials defined in the descriptive specification sheet is of the opinion that materials
complying with the standard or other specification of the contract cannot be obtained in
quality or sufficient quantity, from the source defined in the descriptive specification sheet,
he shall so state in his tender and state where from he intends to obtain materials, subject to
the approval of the Assistant Executive Engineer.
The temple will not, how ever, after acceptance of contract rate pay any extra
charges for lead or for any other reasons, in case the contractor is found later on to have
misjudged the materials available. Attention of the contractor is directed to the "General
Conditions of Contract" regarding payment of seignior age tolls etc.
9. A schedule of quantities accompanies this tender notice. It shall be definitely
understood that the temple does not accept any responsibility for the correctness
or completeness of this schedule and that this schedule is liable to alterations by omissions
deduction or additions at the discretion of the Joint Commissioner / Executive Officer as set
forth in the conditions of contract. The tenderer will, however base his lumpsum tender on
this schedule of quantities. He should quote specific rates for each item in the schedule and
the rates should be in rupees and in sums of five paise. The rates should be written both in
words and figures and the units words. The tenderer should also show the totals of each item
and the grand total of the whole contract and quote in the tender a lumpsum of which he will
undertake to do the whole work subject to the conditions of contract such lumpsum agreeing
with the total amount of Schedule A. The schedule accompanying the lumpsum tender shall
be written legibly and free from erasures, overwriting, or conversion of figures. Corrections,
where unavoidable should be made by crossing out, initialing dating and rewriting.
10. Tenderers offering a percentage deduction from or increase on the estimate amount
10
except in the case of tender for maintenance and repair works called for specifically under
percentage rate tender system and those not submitted in proper form or in due time will be
rejected
11. The tenderer should workout his own rates, without reference being made to the
Public Works Dept. schedule of rates or the public works department estimate. However in
case of tenders called for under % rate tender system the tenderer should workout his own
rate but quote his percentage rate above or below the total estimated cost of the work of the
department indicated in the tender schedule.
12. The price at which and the sources from which certain particular materials shall be
obtained by the contractor are given at the end of the schedule accompanying the tender
form. Tenderers must accept the materials at these prices and shall quote their price for
finished works accordingly. Notwithstanding any subsequent change in the market value for
these materials, the charges to the contractor will remain as originally entered in the written
contract. No centage or incidental charges will be borne by temple in connection with this
supply.
13. . The attention of the tenderer is directed to the contract requirements as to the time of
beginning of work the rate of progress and the dates for the completion of the whole
work and several parts. The following rate of progress and proportionate value of
works done from time to time as will be indicated by the Assistant Executive
Engineer's certificates of the value of work done will be required. Date of
commencement of the programme will be the date on which the site (or Premises) is
handed over to the contractor
Period after date of commencement Total percentage of work to becompleted based on contractlumsum amount
I Two Months ....30 %
II Two Months ....40 %
III Two Months ....30 %
Note : The period to be entered in col 1 for the purpose of following the rate of progress may be
fixed by the Joint Commissioner / Executive Officer or Assistant Executive Engineer to
suit each case.
11
14. No part of the contract shall be sub-let without written permission of the Joint
Commissioner / Executive Officer nor shall transfer be made by power of attorney,
authorizing others to receive payment on the contractor's behalf.
15. If further necessary information is required the Assistant Executive Engineer of the temple
will furnish such but it must be clearly understood that tenders must be received in order and
according to instructions.
16. The Joint Commissioner / Executive Officer or other sanctioning authority reserves the right
to reject any tender or all the tenders.
17. The tenderers who are themselves not professionally qualified shall undertake to employ
Qualified technical men at their cost to look after the work. The tenderes should state in
clear terms whether they are professionally qualified or whether they undertake to employ
technical men required by the department specified in the schedule below for the work. In
case the selected tenderer is professionally qualified or has undertaken to employ technical
men under him, he should see that one of the technically qualified men is always at the site
of the work during working hours personally checking all items of works and paying extra
attention to such works as may demand special attention.
18. Deleted..
19.Tenderer submitting a tender which the tender accepting authority considers excessive and/
or indicative of the insufficient knowledge of current prices or definite attempt at
profiteering will render himself liable to be debarred permanently from tendering or for such
period as the tender accepting authority may decide. The tender rates should be based on the
controlled price for materials – price permissible for the tenderer to charge a private
purchaser under the provision of clauses 8 of hoarding and profiting prevention ordinance
1943 as amended from time to time and on similar principles in regard to labour and
supervision in the construction.
20. 20. The contractor should offer employment to ex-toddy tappers as far as possible.
Note: This paragraph should be scored out if the cost of work involved is less than
Rs. 10,000/-.
21 A statement giving particulars of equipment resources that will be put at the disposal of the
work under the following classification should accompany the tender.
a) Equipment
b) Organisation(i) Technical & (ii) Unskilled
12
22. The tender of the contractor who agrees to employ the maximum No. of Ex.service Men
(No. to be specified in the tender) will receive preferential consideration. The tenderers are
requested to report on their covering letter.
23 The Joint Commissioner / Executive Officer reserves to himself the right of allotting the
different sub works to the different contractors or to one and the same contractor as he may
decide after the receipt of tenders.
24. All rates quoted in the tender shall be inclusive of Sales Tax, payable under the sales tax act
as amended from time to time (including amendment Act 38/34) and that the contractor is
responsible to file the Sales Tax return and pay the amount of tax as amended by the
Commercial Tax Department. No request for payment of Sales Tax separately in addition to
the tendered rates due to any plea of subsequent levy or increase in tax will be entertained
vide clause 38(2) of General conditions of contract.
25. No seignior age shall be charged where due for materials quarried from the temple / Govt
Quarries. Assistants as necessary shall be given to the contractor by the Department to
obtain access to quarries approved by the Assistant Executive Engineer. No plot rent will be
charged for materials stocked on temple land during the course of construction provided all
such materials are removed within one month after the work is completed
Joint Commissioner / Executive Officer,Arulmigu Meenakshi Sundareswarar Thirukkoil,
Madurai
13
ADDITIONAL CONDITIONS
EMPLOYMENT OF TECHNICAL ASSISTANTS
The tenderer who himself is not professionally qualified should undertake to
employ qualified technical men at his cost to look after the work. The tenderer should state in
clear terms whether he undertakes to employ technical men required by the Department specified
in the Schedule below for the work. In case the selected tenderer is professionally qualified or has
undertaken to employ. Technical men under him he should see that one of the technically
qualified men is always at the site of work during working hours, personally checking all items of
works and paying extra attention to such works as may demand special attention eg. reinforced
cement concrete works etc.
Employment of Technical Personnel
1.
From one to Rs.5 Lakhs 1) One Diploma Holder in Civil Engineering(or)
2) Not less than one Retired Junior Engineer
2.
From Rs.5 to 10 Lakhs 1) One B.E., (Civil)(or)
2) Equivalent Degree Holder(or)
3) Not less than one Retired Sub Divisional OfficerAEE/ADE
(or)4) One Diploma Holder with three years experience
3.
From Rs.10 to 25 Lakhs 1) One B.E., (Civil) with 3 years experiencePlus One Diploma Holder in Civil Engg.
(or)2) Equivalent Degree Holder with 3 years
experience Plus One Diploma Holder inCivil Engg.,
(or)3) Not less than One Retired Sub-Divisional
Officer Plus One Diploma Holder in Civil Engg.,(or)
4) Two Diploma Holder in Civil Engg. with 3 and 5 years
experience respectively.
4.
From Rs. 25 to 50 lakhs 1) One B.E., Civil with 3 years experience Plus Two
Diploma Holders in Civil Engg.
(or)
2) One B.E., Civil with 3 years experience Plus Two
Retired Junior Engineers.
(or)
14
3) Equivalent degree holder with 3 years
experience plus two Diploma holders in Civil Engg. or
Two retired Junior Engineers
(or)
4) One retired Sub Divisional Officer (AEE or ADE) Plus
two diploma holders in Civil Engg. or one retired SDO
(AEE or ADE) Plus two retired Junior Engineers
5.
Above Rs. 50 Lakhs 1) To be examined in individual cases
Depending upon the nature of work and the technical
skill involved and defined in the tender notice
regarding the No. of qualified technical personnel to
be employed by the contractor
6. A penalty of Rs. 2,000/- PM for diploma holder and Rs. 5,000/- PM for Degree Holder
be levied in case of default on the part of contractors in the norms mentioned above.
7. The employment of Technical Assistant should be based only on the value of contract.
Engineers with Mechanical Engineering qualification and retired from Civil Engineering
Departments are also suitable to supervise the Civil Engineering works because of their
experience in Civil Engineering field.
8. It will not be incumbent on the part of the Contractor to employ Technical Assistants
when the work is kept in abeyance due to valid reasons and during such period in the
opinion of the Assistant Executive Engineer, the employment of Technical Assistant is
not required for the due fulfillment of the Contract.
9. A movement register should be opened and maintained for Technical Assistants
employed by the Contractor or for the Technically qualified contractor. The Technical
Assistant or Technically qualified Contractor should note the arrival and the departure
timings every day along with their initials. Such Register should be produced during
inspection of the Inspecting Officers.
10. Without prejudice to the generality of the above clause the contractor shall during the
currency of the contract, when called upon by the Engineer-in-charge engage and also
15
ensure engagement by the Sub Contractors and others employed by the contractor in
connection with the work such number of apprentices in the category mentioned, below
and for such period, as may be required by the Engineer-in-charge. The Contractor shall
train them as required under the Apprentices Act 1961 and the rules made there under
and shall be responsible for all obligations of the employer under the said act including
the liability to make payments to apprentice as required under that said act.
11. Deleted
12. Tenderer submitting a tender which the tender accepting authority considers excessive
and/ or indicative of the insufficient knowledge of current prices or definite attempt at
profiteering will render himself liable to be debarred permanently from tendering or for
such period as the tender accepting authority may decide. The tender rates should be
based on the controlled price for materials – price permissible for the tenderer to charge
a private purchaser under the provision of clauses 8 of hoarding and profiting prevention
ordinance 1943 as amended from time to time and on similar principles in regard to
labour and supervision in the construction.
13. The contractor should offer employment to ex-toddy tappers as far as possible.
Note: This paragraph should be scored out if the cost of work involved is less than
Rs.10,000/-.
14. The contractor shall comply with the provisions of the Apprentices Act 1961 and the
rules and orders issued there under from time to time. If he fails to do so, his failure will
be a breach of the contract and the competent authority, may at his discretion, cancel the
contract or invoke any of the penalties for the breach of contract provided in the
conditions of agreement. The contractor shall also be liable for any pecuniary lia
bility arising on account of any violation by him of the provisions of the Act. Contractor
shall, during the currency of the contract, ensure engagement of the apprentices in the
categories mentioned below who may be assigned to him by the Director of
Employment and Training/State Apprenticeship Adviser, Tamil Nadu. The contractor
shall train them as required under the Apprentices Act 1961, and the rules made there
under and shall be responsible for all obligations of the employer under said Act
including the liability to make payments to the apprentices as required under the said
Act.
16
Value of contract Category No. to beappointed
Rs. 1.00 lakh andupto Rs. 3.00 lakhs
1. Building Constructor2. Brick layer
11
Above Rs. 3.00 lakhs andupto Rs. 10.00 lakhs
1. Building Constructor2. Brick layer Diploma3. Holder in Civil Engineering
111
Above Rs. 10 lakhs andupto Rs.50.00 lakhs
1.Building Constructor2. Brick layer B.E., (Civil) or3. Equivalent Degree Holder
111
"Unless the contractor has been exempted from engagement of apprentices by the Director
of Employment and Training/State Apprenticeship Adviser, a certificate to the effect that
"That contractor had discharged his obligation under the said Act, satisfactorily should be
obtained from the Director of employment and Training/State Apprenticeship Adviser" and
the same should be produced by the Contractor for final payment.
15. In the case of contracts for construction of buildings either permanent or semi permanent
buildings, a sum equivalent to 2 1/2% of the value of work done will be retained with the
temple for a period of one year reckoned from the date of completion of the work in order to
enable the departmental officers to watch the effect of all seasons on the work done by the
contractor. The amount so retained with the temple will be refunded only on the expiry of
one year period referred to above and on execution of Indemnity bond by the contractor for
a further period of four years. The contractor shall be liable to set right all the defects arising
out of his faulty execution or sub standard work noticed during the above five years period
at his cost.
16. A statement giving particulars of equipment resources that will be put at the disposal of the
work under the following classification should accompany the tender.
a) Equipment (Transport of materials viz. lorries and carts, concrete mixers)
b) Organisation
(i) Technical & (ii) Unskilled
17. The tender of the contractor who agrees to employ the maximum No. of Ex. service Men
(No. to be specified in the tender) will receive preferential consideration. The tenderers are
requested to report on their covering letter.
17
18. . The Joint Commissioner / Executive Officer reserves to himself the right of allotting the
different sub works to the different contractors or to one and the same contractor as he may
decide after the receipt of tenders.
19. All rates quoted in the tender shall be inclusive of Sales Tax, payable under the sales tax act
as amended from time to time (including amendment Act 38/34) and that the contractor is
responsible to file the Sales Tax return and pay the amount of tax as amended by the
Commercial Tax Department. No request for payment of Sales Tax separately in addition to
the tendered rates due to any plea of subsequent levy or increase in tax will be entertained
vide clause 38(2) of General conditions of contract.
20. No seignior age shall be charged where due for materials quarried from the temple / Govt
Quarries. Assistants as necessary shall be given to the contractor by the Department to
obtain access to quarries approved by the Assistant Executive Engineer. No plot rent will be
charged for materials stocked on temple land during the course of construction provided all
such materials are removed within one month after the work is completed.
21. Seignior age or charges due for the use of private quarries and private land shall be paid by
the contractor.
Joint Commissioner / Executive Officer,
Arulmigu Meenakshi Sundareswarar Thirukkoil,
Madurai-1.
18
II. TENDER
To
Joint Commissioner / Executive Officer,
Arulmigu Meenakshi Sundareswarar Thirukkoil,
Madurai-1.
Sir,
1. I/We do hereby tender and if this tender be accepted undertake to execute the following
work viz, as shown in the drawings and described in the specification deposited in the
Office of the Joint Commissioner / Executive Officer, Arulmigu Meenakshi
Sundareswarar Thirukkoil, Madurai with such variations by way of alterations or
additions to and omission from the said works and method of payment as are provided
for in the conditions of contract for the sum of Rupees (in figures and words)
or such other sum as may be arrived at under the clause of the General Conditions of
Contract relating to "Payment on lumpsum basis or by final measurements at unit prices"
2. I/We have also completed the priced list or items in schedule "A" annexed (in words and
figures) for which I/We agree to execute the work and receive payment on measured
quantities as per the General Conditions of Contract
3. I/We do hereby distinctly and expressly declare and acknowledge that before the
submission of my or our tender, I/We have carefully followed the instruction in the
tender notice and have read the Tamil Nadu Building Practice and the General Conditions
of Contract there-
in and the Tamil Nadu Building Practice addenda volume, and that I/We have
made such examination of the contract documents and of the plans, specifications,
quantities and of the location, where the said work is to be done and such
investigation of the work . required to be done and in regard to the materials required to be
furnished as to enable to thoroughly understand the intention of the same and requirement,
covenants, stipulations and restrictions contained in the contract and in the said plans
and specification, and distinctly agree that I/We will not hereafter make any claim or
demand upon the temple based upon or arising out of any alleged misunderstanding or
misconception or mistake on my/our part of the said requirements covenants stipulations
restrictions and conditions.
19
4. I/We enclose an income tax verification certificate.
I/We being a registered PWD contractor have already produced an Income Tax
verification certificate during the current calender year in respect of
………………………… (here particulars of the previous occasions in which the
certificate was produced should be given) The legal address of the contractors for service
of all letters and notices will be as follows
5. i) (a) I/We enclose herewith a chalan for the payment of the sum of Rs
....................................................................................................................................................(to be entered in words and figures) as Earnest Money not to bear interest.
(i) (b) I/We have paid Rs ....................(Rupees ..................................................
.............................................as against the E.M.D. of Rs. (Rupees
.........................................................................................................................................) only.
Since I am/We are eligible to pay the EMD, at concessional rates.(i) (c) in lieu of a cash
I/We...............................................................................have enclosed a
......................... bearing No.................................................... Date
............................... issued by ....................................................................................... for a
value of Rs...............................................................................................................
drawn/enclosed /pledged in favour of the Joint Commissioner / Executive Officer,
Arulmigu Meenakshi Sundareswarar Thirukkoil, Madurai.
(i) (d) I am / We are..................... and hence exempted from payment of E.M.D.
6. If my/our tender is not accepted this sum shall be returned to me/us on my/our
applications when intimation is sent to me/us of rejection or at the expiration of three
months from the date of this tender whichever is earlier. If tender is accepted, the
Earnest Money shall be retained by the temple as security for the due fulfillment of
contract. If upon intimations being given to me/us by the authority authorized by the
Governor under article 299 (1) of the constitution (hereinafter called the accepting
authority) of acceptance of tender (I/We) fail to make the additional security Deposit,
then I/We agree to the forfeiture of Earnest Money Deposit. Any notice required to be
served on me or us hereunder shall be sufficiently served on me or us if delivered to me
or us personally or forwarded to me or us by post (Registered or ordinary) or left
at my or our address given herein. Such notice shall, if sent by post be deemed to have
been served on me or us at the time when in due course of post it would be delivered at
the address to which it is sent
20
7. I/We fully understand that on receipt of communication of acceptance of tender from the
accepting authority, there emerges a valid contract between me/us and the
Joint Commissioner / Executive Officer, Arulmigu Meenakshi Sundareswarar Thirukkoil,
Madurai and the tender documents ie. Tender notice tender with schedules General
Conditions of Contract and special conditions of the tender negotiation letters,
communications of acceptance of tenders, shall constitute a contract for this purpose
and be the foundation of rights of both the parties provided that it shall be open to
accepting authority to insist on execution of any written Agreement by the tenderer, if
administratively considered necessary or expedient.
8 I/We have also signed the copy of Tamil Nadu Building practice and addenda volume,
thereto maintained in the Division office in acknowledgement of being bound by all
conditions of the clauses of the General Conditions of Contract and all specifications for
item of works described by a specification number in Schedule A.
9. In consideration of the payment of Rupees or such of the sum as may be arrived at under
the clause of the General conditions of contract, relating to payment of lumpsum basis
or by final measurement at unit prices I/We agree subject to said conditions to
execute and complete the works shown upon the said drawing serially from number I to
inclusive (Schedule - B) and described in the specifications (Schedule - C) and to the
extent of probable quantities shown in (Schedule – A) with such variations by way
alterations, additions to or deductions from the said work and method of payment
therefore as are provided for in the said conditions.
10. .(i)The term Joint Commissioner / Executive Officer in the said condition shall mean
the Arulmigu Meenakshi Sundareswarar Thirukkoil officer in charge of the Division
having jurisdiction for the time being over the work who shall be competent to exercise
all the powers and privileges reserved herein in favour of the temple with the previous
sanction of or subject to ratification by the competent authorities in case where such
sanction or ratification may be necessary and who has been duly authorized .
11. I/We agree that the time shall be considered as the essence of the contract and I/We
hereby agree to commence the work as soon as this contract is accepted by the competent
authority as defined by the Tamil Nadu Public Works Department code and the site (or
premises) is handed over to me/us as provided for in the said conditions and agree to
complete the work within Three months from the date of such handing over of the
site (or premises) and to show progress as defined in the tabular statement "rate of
progress" subject nevertheless to the provisions for extension of time contained in clause
56 of the General Conditions of Contract appended to the Tamil Nadu Building
Practice.
21
12. I/We agree that upon the terms and conditions of this contract being fulfilled and
performed to the satisfaction of Assistant Executive Engineer, the security
deposited by me/us as herein before recited or such portions thereof as I/We may be
entitled to under the said conditions be paid back to me/us as provided in clause 64 of the
General conditions of Contract.
13. I am/We are professionally qualified and my/our qualification are as follows.
I/We in pursuance of clause 18 of tender notice, undertake to employ the following
technical staff for supervising the work and will see that one of them is always at site
during working hours personally checking all items of works and paying extra
attention to such works „ as may require special attention (eg) reinforced cement
concrete.
Name of technical staff proposed to be
employed (1)
Qualification (2) Experience (3)
1.
2.
3.
14. I/we agree that the arbitrator for fulfilling the duties set forth in the arbitration clause of
the General Conditions of Contract shall be :
The Joint Commissioner / Executive Officer, Arulmigu Meenakshi Sundareswarar
Thirukkoil, Madurai. In case, the value of claim does not exceed Rs. 50,000/- and the
competent civil court for the value exceeding Rs. 50,000/-.
15. On behalf of the Joint Commissioner / Executive Officer, Arulmigu Meenakshi
Sundareswarar Thirukkoil, Madurai the above tender for a value of
Rs............................................... is accepted on this day of
....................................................................
Signature of the Contractor with Address
Date
Signature and Designation Signature of Witness infull address with name in block letters
22
II. TENDER
1. Tenders with tampered seals will not be accepted
2. Tenders in which the rates are not written in words will generally be rejected. In case of
any discrepancy while expressing rates in words, the rate whichever is advantageous to
temple will only be taken into account. Tenders containing overwriting, corrections which
are not attested by the tenderers will be liable for rejection.
3. The contractor should satisfy himself about the availability of the various materials at the
quarries specified in the tender schedule for the work before tendering. In case, the
contractor feels any difficulty in procuring the material from the stipulated quarries he
should make a special mention of the fact with details of the quarry / Quarries from which
he proposes to bring the required materials for the work in the covering letter to
accompany his tender. Any claim for payment of extra cost on account of increase in the
lead for materials at the later stage will not be accepted.
4. In case it is found by the Departmental Officers that the contractor has brought any of the
required materials from a quarry with lesser lead than that is specified in the schedule,
proper donate deductions will be made from the contractors rate of payment for the
finished work for the respective item / items of work.
5. A deduction of 2 % will be made towards income Tax and sales Tax in every payment
made to the contractor.
6. Tender Conditions :
On evaluation of Tender if it is found that if the overall quoted amount of the. Tender
is less than 5 to 15% of the value put to Tender, the contractor shall pay an additional
security at 2% of the estimated value. If the tender discount exceeds 15% to 20% the
contractor shall pay an additional, Security deposit of 50% of the difference between the
quoted amount and estimate amount Failure to furnish the Additional Security Deposit
within 15 days from the date of receipt of Acceptance order and execute the Agreement
shall entail cancellation of award of contract and forfeiture of E.M.D. furnished.
(As per the Office of Engineer - in - Chief, WRO and Chief Engineer (General), P.W.D.
Chepauk, Chennai - 5. Circular Memo No. H.D.O. (A) / 65964 / 99.1, dt. 02.12.99)
23
III. Execution of Work
1 The entire work should be carried out as per specifications in the National Buildings code
and Tamil Nadu Building Practice.
2. The contractor shall make his own arrangements for clean and fresh water and shall meet
all charges therefore The special attention of the contractor is drawn to clause 36 of
General Conditions of Contract regarding water and lighting.
3. The rates specified in schedule for the different items of works are for the finished work
4. The contractor's rates are inclusive of Sales Tax payable by the contractor to Govt. as per
the Tamil Nadu General Sales Tax Act of 1939 as amended from time to time. No
enhanced rates will be paid to the contractor for any upward revision of Sales Tax during
the currency of the contract.
5. All minor baling and pumping incidental on the work shall be borne by the contractor,
where heavy pumping is required the baling will be done departmentally. If the
contractor is asked to do, the charges will be paid as per actual plus 10%. The Assistant
Executive Engineer in charge of the work will be the final authority to decide whether
pumping is minor or heavy.
6. The payment for Earthwork will be made for embankment excluding the quantity of
pebbles, boulders and other such materials which shall not normally be used along with
the earth for formation of bund.
7.. The cement concrete for reinforced cement concrete works shall be machine mixed.
8 The lime mortar shall be ground in mortar mill as per T.N.B.P.
9. More than 90 cm height of concrete should not be laid in one day. At the place where the
concrete is stopped, it should end in the form of steps so as to facilitate receiving of the
next length of concrete. Once a height of 90 cm of concrete is laid, it should be cured for
three days before further concrete is laid.
10. The teakwood or country wood (Karimarudhu or pillaimarudu) shall be of best quality
and shall be subject to inspection and approval by Assistant Executive Engineer before
use on the work.
11. PAINTING : Paint used for the work shall be of approved brand and colour.
`
24
12 Plastering : All external corners, "TEE" beam edges and doors and windows opening etc,
shall be finished truly vertical or horizontal as the case may be. The rate for plastering
shall include the cost of finishing. No separate extra for finishing the corners edges of
beams etc. will be paid.
13. The planks for form work and centering for reinforced cement concrete works shall be
well reasoned timber approved by the Assistant Executive Engineer according to clause
8 of T.N.B.P.No. 30. They must be made smooth and perfectly level at top so as to give
smooth and even finish to the reinforced cement concrete ceilings. Alternatively, the
contractor may use steel sheets over wooden frames provided the required finish to the
underside of the slab is obtained. Mango Planks shall not be used under any
circumstances. Centering form works shall be provided to the extent and area ordered by
the Assistant Executive Engineer during the execution.
14. The arrangements of steel rods for reinforcement for reinforced concrete works shall be
in accordance with the working drawing supplied.
15. The Assistant Executive Engineer will be at liberty to carryout any portion of the work at
any time either departmentally or through any other agency in the interest of temple
without assigning any reasons therefore to the contractor who is actually doing the work.
The contractor is not entitled for any comprehension on account of the same. The contract
will be only subject to this condition.
16. Earth work : Each and every borrow bit will be individually marked by the
Section Officer and in urgent cases by the Masteries in charge of the work subject to the
approval of the Section Officer. Earth should be removed only from the places marked
and to the depth ordered by the above officer.
17. (a) The contractor should locate pits for earth work in open places away from the old
pits.
(b) No excavation shall be made inside of the tank bund nearer to the toe of the slope
than twice the height of the bund and the point not on the outside of the bund than
three times in the height of the bund, unless specifically approved by the Assistant
Executive Engineer.
18. The contractor should not enter any private lands for removal of earth there from without
the prior written consent of the land owners. If he does unauthorisedelly, the contractor
alone will be held fully responsible for consequences arising there from
25
19. No borrow pit should be less than 45 cm deep. Gap of 90 cm should be allowed between
any two consecutive pits. When the pits are excavated for more than 2m in width
longitudinal the and us should be provided
20. The contractor should not put in borrow pits for removal of earth on a haphazard/fashion
and they should be put in the place and in such a manner as, may be directed by the
officers in charge of the work. If any such unauthorized pits are put, the contractor will
have to fill up the pits at his own cost.
21. A deduction of 20% and 10% will be made in the quantity of earth work measured for
than us and Muslims respectively and the amount on account of this deduction will be
paid after satisfactory removal of Hindus and Muslims. If Hindus and Muslims are not
removed within a month from the date of check measurement by the sub-divisional
officer within the period fixed at the discretion of the Assistant Executive Engineer, the
20% and 10% deductions will be final and will not be revoked.
22. The contractor shall arrange for sectioning of the bank immediately after the work in each
reach is completed. The final sectioning must be completed within 15 days after the
completion of the work in the entire reach.
23. Payment for earthwork for New Banks Payment for earthwork for New Banks will be
made as follows
(i) Quantity as per pit measurement
(ii) Quantity of New bank after whichever is lesser
consolidation based on level
IV. SUPPLY OF MATERIALS
1.The contractor's rate for the different items of work involving the use of cement are
inclusive of the cost of cement
2. The cement required for the work will be supplied by the contractor himself `
3. The contractor should make his own arrangement at his own cost to take delivery of the
26
cement from the dealer and to convey the same to his store shed at site of work. The stock
of cement with contractors should be accessible to the Departmental Officers for
verification at any time.
4. To be procured from authorized stockiest and dealers with details of printing in the
Cement bag as approved by ISI (Pozzolona Cement printed in red colour and oth
er Cement bags including OPC in black colour)
5. All Cement quantity should be supplied in paper bags only at site of work.
6. Test certificate to be obtained from Government institutions and Quasi Government
institutions only by mentioning the name of work & period of contract and should not be
from private institutions.
7. The minimum content of cement is to be ensured in use for works as specified in IS : 450-
1978
Table - 19.
8. TABLE - PHYSICAL CHARACTERISTIC REQUIREMENTS OF CEMENT (OPC)
SI.No Characteristics Requirements
33 Grad IS: 269-1989
43 Grade IS:8112-1989
53 Grade IS:12269-1989
1 Minimum compressive
strength in N/Sq.mm 3
days 7 days 28 days
16
22
33
23
33
43
27
37
53
2 Fineness (minimum)
(Sq.m/Kg)
225 225 225
3 Setting Time (minutes)
Initial – (minimum)
Final – (maximum)
30
600
30
600
30
600
4 Soundness, Expansion Le
Chatleier – (maximum)
mm Autoclave Test
(maximum) %
10
0.80
10
0.80
10
0.80
Steel required for the work will be supplied by the Contractor himself
9. No separate charges will be paid to the contractor for straightening of mild steel
rods. The contractor shall make his own arrangements for cutting to sizes,
bandings and tying grills etc. Mild steel rods, should be cut and placed as
reinforcements with proper care according to the available rods at site so as to
ensure minimum possible wastage.
27
10. To be procured from authorized dealers and test certificate for strength as well
as for unit weight to be produced before use in order to ascertain the size of rod
and quantum of Steel actually used in the work.
11. Excessively rusted Steel rods should be rejected.
12. To be delivered at site of work and to be under the custody of contractor only.
13. Use of Steel rods shall confirm to the structural designs approved for the work.
14. Steel supplied shall confirm to standard specifications specified in Table : 16 of
IS :456-1978 as detailed below :
a) Mild Steel - Grade I of IS : 432/Part 1/1966. '
b) HYSD bars - IS : 1786 - 1985/
c) Cold worked - IS : 786-1979 (Grade Fe 415)
15. Steel manufactured from the waste Steel through the process of re-rolling shall
be rejected since guarantee for the strength and quality is not certified by the
authorized dealer or by the manufacturers.
CENTERING WORKS
16. Payments for centering works for all R.C.C. items shall be made only after concrete
is laid, even though separate rate is called for, for centering work in the Schedule.
17. The contractor will be held responsible for the proper safe custody of all the
Departmental materials which are handed over to the contractor until they are fin
ally used on the work or taken over by the Department.
18. The shed for storing materials should be put up by the contractor at his own cost.
28
V. Special Conditions for Earthwork Excavation in Hard Rock Requiring Blasting
In the case of earthwork excavation in hard rock requiring blasting the tenderer should
observe the following conditions.
a. The blasted rock shall be compactly stacked for measurement. The net quantity
of blasted rock shall be arrived at by allowing a deduction of 40% for voids and
compared with the premeasured quantity and only the lesser of the Two shall be
paid.
Where the rock other than hard rock and hard rock are mixed upon ground, the Two kinds
of rocks shall be stacked separately for measurement. The net measurement of two kinds
of rock shall be compared with the premeasured quantity and only the lesser of the Two
shall be paid for. If the total of net measurement of the two kinds of rock exceeds (or)
falls short of the measurements of mixture, the volume of mixture proposed to be paid
shall be apportioned in the proportion of the net actual measurements of stacks of the Two
kinds of rocks.
Note :
(i) 40% deduction for voids shall be adopted for compact and proper stacking but
such percentage of deduction shall be increased for loose (or) improper stacks.
(ii) The blasted rock material, stacked, measured and paid for shall become the
property of the department.
iii) I.S. Code No. 1200 (Part I) 1969 method of measurement of buildings and Civil
Engineering of work. Part I "Earthwork" may be referred as and when necessary.
CONTRACTOR Joint Commissioner / Executive Officer,Arulmigu Meenakshi Sundareswarar
Thirukkoil, Madurai.
29
Arulmigu Meenakshi Sundareswarar Thirukkoil, Madurai - 625 001.
8.b. Cement Conditions :
The Procurement of cement of required specifications for the works subject to the
followings.
A. The contractor shall procure cement required for the works only from reputed cement
factories (main producer of their authorized agents, manufacturing cement to ISI
standard) acceptable to the Engineer-in-charge. The contractor shall be required to furnish
to the Engineer-in-charge bills of payment and cost certificates issued by the
manufactures or their authorized agents to authenticate procurement of quality cement
from the approved cement factory.
B. The contractor shall procure in standard packing of 50Kg. Per bag bearing
manufacturers. The contractor shall make necessary arrangement at his own cost to the
satisfaction of Engineer-incharge for actual weightment of random sample from the
available stock and shall conform with the specification laid down by the Indian
Standards Institution as the case may be cement shall be got tested for all the tests
including through destructive and non-destructive test materials etc, as directed by the
Engineer-in-charge in advance before the use of cement bags. In case test results indicate
that the cement arranged by the contractor does not conform to the relevant code, the
same shall stand rejected and shall be removed from the site by the contractor at his own
cost within a day's time of written order from the Engineer-in-charge to do so.
C. The employer will furnish air recraing agents and admixtures required to the Contractor
free of cost at the employer stores. The use of such admixtures and agents shall be made
as per the instructions of the Engineer-in-charge. The cost of Cartage / Storage, handling,
batching mixing shall be borne by the Contractor and shall be included by him to unit
officers tendered for concrete.
D. The cement shall be brought at site in bulk of approximately 50 tonnes or as decided by
the Engineers-in-charge for large works
E. The Cement Godown of the capacity to store a minimum of 1000 bags of cement shall be
constructed by the Contractor at site of work, for which no extra payment shall be made.
The Contractor shall facilitate inspection of the Cement godown by the Engineer-in-
charge at any time.
30
F. The Contractor shall further at all times satisfy the Engineer-in-charge on demand by
production or records and test book or by submission of returns and other proofs as
directed that the cement is being used as tested and approved by the Engineer-in-charge
for the purpose and the Contractor shall at all times, keeps his record up to date and
enable the Engineers-in-charge to apply such checks as he may desire.
G. Cement which has been unduly long in storage with the Contractor or alternatively has
deteriorated due to inadequate storage and thus become unfit for use on the works will be
rejected by the Department and no claim will be entertained. The Contractor shall forth
with remove from the work area any cement the Engineer-in-charge may disallow for use
of work and replace it by cement complying with the relevant Indian Standards
CONTRACTOR